Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

General Services Administration, Public Buildings Service (PBS), Philadelphia Realty Services District (3PPRE), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA, 19107

C -- AE SERVICES, MOORHEAD FEDERAL BLDG., PITTSBURGH, PA SOL GS03P00CDC0030 DUE 041000 POC Marjusz Lewandowski, Contracting Officer, Phone (215) 656-6106, Fax (215) 656-5955, Email mark.lewandowski@gsa.gov -- Marjusz Lewandowski, Contracting Officer, Phone (215) 656-6106, Fax (215) 656-5955, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS03P00CDC003 0&LocID=58. E-MAIL: Marjusz Lewandowski, mark.lewandowski@gsa.gov. The General Services Administration (GSA) announces an opportunity for Design Excellence in Architecture, Mechanical and Electrical Engineering. Architect-Engineer (A-E) services which are required for the repair and alteration (R&A) of the William S. Moorhead Federal Building in Pittsburgh, PA. The facility is approximately 785,127 gross square feet. The Moorhead Building original construction was completed in 1964. The Moorhead building is a multi-government agency building, housing over 50 different government agencies and several private contractors (child-care, Cafeteria, etc), with many different requirements for space, security and function. Most of the existing building equipment is original to the structure. The building has 22 floors of office space, a cafeteria floor, two basements and two penthouse levels. The alteration work will include, but is not limited to, complete modernization of the building interior. Removal (abatement) of all remaining Asbestos containing materials (estimatedto be in about 80% of building space). This project consists of four major components. Renovate to support tenant fit out, the need to abate all the asbestos containing material (ACM) from the building, complete replacement of the HVAC components and duct work, and to replace all the obsolete electrical power panels and wiring. Other improvements include upgrades (or replacement) of the fire alarm system, upgrades to electrical switchboard and transformers, restroom upgrades, and new fireproofing and fire safing. Alterations will bring the asset into compliance with Uniform Federal Accessibility Standards and current Federal fire and life safety standards. The building will remain occupied to the largest extent possible throughout the construction. The estimated total construction cost is $40 to 70 million, with estimated construction duration of 5 years. The project needs to be phased, such that the facility remains fully operational throughout the full term of construction. The estimated early design startdate is October 2000 for A-E services and the estimated late design finish date is May 2002. The scope of A-E services under this proposed Firm Fixed Price Contract will include the following: Pre-design services: Project Programming and space planning, Surveys, Reports, Studies, Presentations for clients and regulatory officials (including formal ongoing and frequent presentations with handouts to be given to the tenant community in Pittsburgh),Design Services: Energy conservation analysis, Housing plans, Complete architectural and engineering design services, Value Engineering, Cost estimating, Space planning, Interior design, Post construction contract services: On site representation, Submittal review, Design services for change orders, Construction monitoring to include construction related administration, and Record Documentation. Contract requirements for each project submission are as follows: All drawings must be in AutoCAD (*.DWG format and saved with all drawing layers turned on), Microsoft Word and Microsoft Excel for specifications and estimates. See the GSA CAD policy guide at www.pbs3.gsa.gov (vendor information), and includes all of the electronic submission requirements. The above referenced submissions shall be submitted on CD-ROM and hard copies. The project will be designed and constructed in metric (SI) units; full design capability in metric terms will be required. The Moorhead Building will be occupied during the construction, and contract documents must phase Construction accordingly. The successful firm must have previous experience with similar size and scope of design/ construction projects with particular emphasis on complex multi-phased R&A. The successful A-E firm will be required to obtain a security clearance for all personnel expected to access the building. This will be a two-stage selection process, under the Design Excellence procedures, which will establish the experience and ability of the prime firm(s) and lead designers in Stage I, and the entire project team's qualifications in Stage II. The Stage I selection will result in a short list of a minimum of three A-E design firms. These firms will then be interviewed during Stage II after which a final selection will be made. Stage I: The first stage will establish the architectural, mechanical/electrical engineering, and hazardous material abatement design capabilities. The term _Lead A-E Firm_ shall mean the firm responsible for overall project management, budget control, and contract authorization. The term "Lead Designer " shall mean any combination of key personnel responsible for the actual design of this project. The short list will be based on the A-E Design Firms submittals in response to this Request for Qualifications (RFQ). The A-E Design Firms will then provide specific evidence of its capabilities to deliver Design Excellence in Architecture, Engineering, and Hazardous Material Abatement. Qualifications submitted by each firm will be reviewed and evaluated based on the following CRITERIA, (IN DESCENDING ORDER OF IMPORTANCE): (1) PAST PERFORMANCE ON DESIGN; the A-E Design Firm shall submit 8 X 10" graphics (maximum of three per project) and a typewritten description (maximum of 500 words per project) of projects completed within the past 10 years Submit NO MORE THAN five projects in accordance with the following project types: Two (2) projects shall demonstrate electrical and mechanical/electrical engineering renovation accomplishments in an occupied high rise office building with construction value (for mechanical & electrical) over $10 million. Two (2) projects shall demonstrate architectural accomplishments outlining R&A work, and expertise with interior tenant fit out work, in an occupied high rise office building with construction value over $10 million. One (1) project shall demonstrate hazardous material abatement design accomplishments (i.e. asbestos removal) in an occupied high rise office building with construction value (for abatement) over $5 million. The narrative shall address the unique featuresfor each project, design approach and solution. Include tangible evidence where possible (certificates, awards, peer recognition, etc. for demonstrating design excellence). Separate from the narrative, identify for each project where applicable; the owner, owner's contact, phone number, lead designer, architect, mechanical engineer, electrical engineer, and industrial hygienist. (2) LEAD DESIGN TEAM MEMBER PORTFOLIOS; for this project submit a two (2) page biographical sketch for individuals who will actually be performing design on this contract including education, certification, professional experience, and recognition for design efforts. Include each member_s exact role and area(s) of responsibility and commitment to this project. Submit sketches for no more than five (5) members of the design team. Each member submitted MUST have experience on at least one of the five projects submitted under criteria 1. (3) PHILOSOPHY AND DESIGN INTENT; lead designer must express (maximum of 1000 words) issues addressing overa11 design philosophy, specific approaches to the challenges of designing renovation projects for occupied buildings, dealing with multiple tenants, asbestos abatement in an occupied building, and coordinating complex multiphase construction in occupied space, including energy conservation and sustainable design methodology. Stage II: In this stage, the successful short listed firms from stage I shall develop the entire project team, including the A/E firm selected in stage I and all the consultants on the project, and shall submit Standard Forms 254 and 255 based on that team. The Government will establish the date stage II submittals are -due and provide the selection criteria for the interviews and final selection process. Sufficient time will be provided for the A-E Design Firms to establish the entire project team. Between Stages I & II, the Government may wish to visit the lead design team's and/or consultant's firm to establish firms production capability. Offerors are invited to attend a pre-submittal conference to discuss project requirements and the selection process. This meeting will be held in the Moorhead Federal Building at 1000 Liberty Avenue, Pittsburgh PA, at 10:00 AM in training room 2B on March 21, 2000. Minutes of the meeting can be obtained by calling Ms. Michelle Garofalo, (215) 656-6110, after March 23, 2000. Consideration will be limited to lead firms having an existing active design production office within 550 km radius of the city of Pittsburgh, PA. The geographical limitation applies only to the lead firm as defined above. Other members of the design team and additional consultants may be located outside the limitation. In developing the project team, the A-E Firms are advised that at least the lead firm within the specified radius of consideration must perform 35% of the level of contract efforts. Where the lead firm is located more than two hours drive from the building, a technical representative will be required to be staffed within the two hours drive to facilitate project coordination. The lead A-E design firm may be comprised of a partnership, corporation, joint venture or other legal entity permitted by law to practice architecture or engineering. A-E design firms proposing as a joint venture shall identify the party or entity that is ultimately liable for the project design. Firms meeting the designated geographical limitations and having the capabilities to perform the services described herein are invited to respond by submitting; 1. FOUR (4) copies of the requested information for Stage I only, 2. Forward a letter of interest to the following address no later than 4/10/2000: GSA, Allegheny Realty Services District (3PK), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107, Attention: Mr. Mark Lewandowski. This procurement shall be unrestricted under Full & Open Competition (SIC Code 8712). Firms wishing to be considered as other than the Lead Design Team should submit their resume at this time. The resumes will be made available to the teams chosen for interview under Stage II., Late responses are subject to FAR Provision 52.215.1. Per FAR 52.219-9, before award of the contract, the A-E (if not a small business of $2,500,000 gross average over 3 years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS, and that their proposals are subject to FAR 52.219-23 NOTICE OF PRICE EVALUATION ADJUSTMENT FOR SMALL DISADVANTAGED BUSINESS CONCERNS AND FAR 15.304(b)(4) EVALUATION FACTORS AND SIGNIFICANT SUBFACTORS. Metric guidance may be found in AIA GRAPHIC STANDARDS, ASHRAE SI METRIC GUIDE, ASTM E621, AND ASTM E380. This contract is being issued in accordance with the Brooks Act and FAR Part 36. This is not a Request for Proposal. Award of this contract is contingent upon funding approval. This announcement represents the Government's official information on this project. Any information taken from other publications is used at the sole risk of the offeror. This procuring office cannot guarantee the accuracy of information contained in other publications. Posted 03/13/00 (D-SN433724). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0017 20000315\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page